SOLICITATION NOTICE
C -- Opened AE Contract
- Notice Date
- 5/13/2010
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;VA Medical Center;Contracting Officer (RM-90C);4801 Veterans Drive;St. Cloud MN 56303-2099
- ZIP Code
- 56303-2099
- Solicitation Number
- VA26310RP0158
- Response Due
- 6/15/2010
- Archive Date
- 6/30/2010
- Point of Contact
- Wendy Hoeschen
- E-Mail Address
-
Wendy Hoeschen
(wendy.hoeschen@va.gov)
- Small Business Set-Aside
- N/A
- Description
- CONTRACT INFORMATION: The VA Medical Center, St. Cloud, MN, is seeking a qualified A/E firm to perform Open Ended A/E services to provide design services of various projects for a one year period from date of award with four (4) renewal option years. Competition is sought on an unrestricted basis. No set asides apply to this announcement. PROJECT INFORMATION: The A/E firm will survey subject areas and develop a bid package for design and construction of the subject projects within the constraints of the proposed budgets. The A/E shall also ensure that the completed designs are in full compliance with all applicable codes and VA design guidelines. A Firm Fixed Price contract is contemplated with a qualified A/E firm. The NAICS code for this acquisition is 541310, Architectural Services. The successful firm would be expected to act as a consultant to the Medical Center on an as needed basis for the purpose of developing complete construction drawings and specifications for projects varying in scope and complexity. Typical projects would include ward renovations, clinic designs, and site improvements. The firm must have the capability to design a complete healthcare renovation or addition. This would include the services of certified and registered professionals in the areas of Architecture, Mechanical, Electrical and Structural, Engineering, Industrial Hygiene and Fire Protection. Total amount of proposed contracts including option years shall not exceed $2,000,000.00. Each task order issued will not exceed $450,000.00. Subcontractors and consultants to be assigned to the project should be registered with the State of Minnesota. SELECTION CRITERIA: The VA will utilize the following selection criteria in descending order of importance: (1) Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required. (2) Specific experience and professional qualifications of personnel proposed for assignment to the project and record of working together as a team. (3) Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services) within the time limitations. (Unusually large existing workload that may limit A/E's capacity to perform project work expeditiously.) (4) Past record of performance on contracts with the Department of Veterans Affairs or other government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (5) Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located. (6) Demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Responding firms, either multi-disciplined or collaborating with consultants, must demonstrate capability in healthcare architecture, interior design, surveying, civil, structural, mechanical, electrical, communications, environmental, fire protection, cost estimating, Building Commissioning, Leadership in Energy and Environmental Design, specification writing, and construction surveillance skills as described herein. SUBMISSION REQUIREMENTS All responding firms, including consultants to the primary firm are required to submit one completed original and 3 copies of Standard Form 330 Architect-Engineer Qualifications. Potential contractors must be registered in CCR (www.ccr.gov) at the time of submission of their qualifications in order to be considered for award. Solicitation packages will not be provided, and no additional project information will be given to firms during the announcement period. The Government will not pay nor reimburse any costs associated with responding to this sources sought synopsis request. Interested firms shall submit required documents no later than 2:00 p.m., Central Standard Time, June 15, 2010, to VA Medical Center, Wendy Hoeschen, Contracting Officer (90C), 4801 Veterans Drive, St. Cloud, MN 56303. NO FAX OR EMAIL RESPONSES WILL BE ACCEPTED. Personal visits for the purpose of discussing this announcement will not be entertained or scheduled. Selection shall be in order of preference from the firms considered Most Highly Qualified. Scheduled Oral Presentations will follow. All firms are reminded if a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for the part of the work it intends to subcontract. The target subcontracting goals for this contract are as follows: a minimum of 28.5% of the contractor ™s intended subcontract amount be placed with small businesses, 5% be placed with small disadvantaged businesses, 5% be placed with women-owned small businesses, 3% be placed with HUB Zone small businesses, 10% Veteran-owned small businesses and 7% be placed with Service-Disabled Veteran Owned Small Businesses. If a large business firm is selected for this contract, it will be required to submit a detailed subcontracting plan during contract negotiations. If the selected firm intends to submit a plan with lesser goals, written rationale must accompany the plan as to why the above goals cannot be met. This is not a Request for Proposal. Questions may be directed only by e-mail to wendy.hoeschen@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SCVAMC656/SCVAMC656/VA26310RP0158/listing.html)
- Record
- SN02149586-W 20100515/100513235850-7b33537062bcfb3f377afe5fab0b4b49 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |